E.S.I CORPORATION MODEL HOSPITAL II Ph 0172-2639641 INDUSTRIAL … · 2018-09-07 · industrial...

22
1 कमचारी राय बीा निग ॉडल अपताल चता से ुतE.S.I CORPORATION MODEL HOSPITAL इडियल एररया,फे ज-II रादरबार, चडीगढ़-160002 Ph 0172-2639641 INDUSTRIAL AREA, PHASE-II, RAMDARBAR, CHANDIGARH-160002 0172-2639643 (ISO 99012015 CERTIFIED आई.एस..90012015 ाणित( Fax 0172-2639642 NOTICE INVITING TENDERS (NIT) FOR SUPPLY OF ELECTROLYTE ANALYSER FOR ESIC MODEL HOSPITAL, CHANDIGARH No.- 172/U-16/30/01/13/Lab/ESIH CHD M/s -------------------- Subject: E-Tender for “Supply of Electrolyte Analyzer for ESIC Model Hospital, Chandigarh”. Sir, Medical Superintendent, ESIC Model Hospital, Chandigarh, invites e-tender from OEMs/authorized dealers/distributors under two bid system through e- procurement solution for “Supply of Electrolyte Analyzer (0ne) For ESIC Model Hospital, Chandigarh” E-tender schedule S. no Name of item EMD (Rs) Date of online availability of e-tender Last date and time for online submission of e- tender Last date & time of manual submission of sealed envelope Date & time of opening of online e-tender & tender box 1 Tender for Supply of Electrolyte Analyzer For ESIC Model Hospital, Chandigarh 10000 07/09/2018 28/09/2018 till 1:00pm 28/09/2018 till 1:00pm 28/09/2018 at 2:30 pm at ESIC Model Hospital, Ramdarbar, Chandigarh. Validity of NIT = 90 days *Pre bid meeting (for e-tendering process) – will be held in ESIC MH on 14/09/2018 at 2:30 PM at ESIC Model Hospital, Chandigarh. Note:- In case the date of opening is declared a holiday then tenders shall be opened on the next working day at the same time & same venue. Medical Superintendent

Transcript of E.S.I CORPORATION MODEL HOSPITAL II Ph 0172-2639641 INDUSTRIAL … · 2018-09-07 · industrial...

  • 1

    कर्मचारी राज्य बीर्ा निगर् र्ॉडल अस्पताल चचिंता से र्ुक्तत E.S.I CORPORATION MODEL HOSPITAL

    इिंडक्स्ियल एररया,फेज-II रार्दरबार, चिंडीगढ़-160002 Ph 0172-2639641 INDUSTRIAL AREA, PHASE-II, RAMDARBAR, CHANDIGARH-160002 0172-2639643

    (ISO 9901 2015 CERTIFIED आई.एस.ओ.9001 2015 प्रर्ाणित( Fax 0172-2639642 NOTICE INVITING TENDERS (NIT) FOR SUPPLY OF ELECTROLYTE ANALYSER FOR ESIC MODEL HOSPITAL, CHANDIGARH

    No.- 172/U-16/30/01/13/Lab/ESIH CHD

    M/s --------------------

    Subject: E-Tender for “Supply of Electrolyte Analyzer for ESIC Model Hospital, Chandigarh”.

    Sir,

    Medical Superintendent, ESIC Model Hospital, Chandigarh, invites e-tender from OEMs/authorized dealers/distributors under two bid system through e- procurement solution for “Supply of Electrolyte Analyzer (0ne) For ESIC Model Hospital, Chandigarh”

    E-tender schedule

    S. no Name of item EMD (Rs) Date of online

    availability of

    e-tender

    Last date and

    time for

    online

    submission of e-

    tender

    Last date &

    time of

    manual

    submission of

    sealed envelope

    Date & time of

    opening of

    online e-tender

    & tender box

    1 Tender for Supply

    of Electrolyte

    Analyzer For ESIC

    Model Hospital,

    Chandigarh

    10000 07/09/2018 28/09/2018 till

    1:00pm

    28/09/2018 till

    1:00pm

    28/09/2018 at

    2:30 pm at ESIC

    Model Hospital,

    Ramdarbar,

    Chandigarh.

    Validity of NIT = 90 days

    *Pre bid meeting (for e-tendering process) – will be held in ESIC MH on 14/09/2018 at 2:30 PM at ESIC Model Hospital,

    Chandigarh.

    Note:- In case the date of opening is declared a holiday then tenders shall be opened on the next working day at the

    same time & same venue.

    Medical Superintendent

  • 2

    Tender documents will be available online from 07/09/2018 at https://esictenders.eproc.in. &https://eprocure.gov.in..

    Bidders have to deposit the EMD as per details mentioned below in the form of Demand Draft/Pay Order drawn

    on any scheduled bank, in favour of ESIC Fund Account No.-1, ESIC Model Hospital, Chandigarh, along with a pre receipt

    of EMD and bank details to facilitate timely return of EMD of unsuccessful bidders.

    The interested bidders should upload duly signed ender form along with technical & financial bids in chronological

    order with scanned copies of all relevant certificates, documents etc., on the e-tender portal

    https://esictenders.eproc.in latest by dd.mm/2018 up to 1:00pm.

    In addition to online submission of e-tender, bidders are also required to submit manual/hard copy of the following

    documents:-

    1.1 EMD as Specified in the “Instructions to Bidders”. 1.2 Affidavit as per Annexure V of Tender document. 1.3 Authorization letter as per Clause 15 of Annexure I.

    All the above three should be submitted in a sealed envelope, duly super-scribed “Tender for Supply of Electrolyte

    Analyzer”, E Tender ID No._______________

    Sealed envelope should be dropped in the tender box kept in Administrative Block at ESIC Model Hospital,

    Chandigarh on or before closing date & time i.e 28/09/2018 upto 1:00pm. Tenders received after the specified date &

    time shall be summarily rejected.

    Proof of postage/courier will not be considered as a claim for timely submission of tender.

    The technical bids will be opened online on 28/09/2018 at 2:30pm.

    Tender box will also be opened on 28/09/2018 at 2:30pm.

    Bidders or their authorized representative (with authority letter) can attend the opening. In case 28/09/2018 is

    declared a holiday, bids will be opened on next working day at the same time & venue.

    Final evaluation & finalization of tender will be based solely on e- bid submitted by the tenderer. It will be the sole

    responsibility of the tenderer to scan and upload clear and legible documents for assessment, failing which the tender

    will be liable for rejection.

    Bid without EMD will be summarily rejected.

    Any corrigendum to this letter will be notified through the aforesaid websites only.

    Medical Superintendent reserves the right to accept any tender in full or in part, to reject any or all tenders at any time

    without assigning any reason thereof.

    (Medical Superintendent)

    https://esictenders.eproc.in/https://eprocure.gov.in/

  • 3

    IMPORTANT INSTRUCTIONS FOR BIDDERS REGARDING ONLINE PAYMENT

    All bidders/contractors are required to procure class IIIB digital Signature Certificate (DSC) with both DSC components

    i.e. signing and encryption to participate in the E-tenders.

    Bidders should get registered at https://esictenders.eproc.in.

    Bidders should add the below mentioned sites under Internet Explorer → Tools → Internet Options →

    Security → Trusted Sites → Sites of Internet Explorer:

    https://esictenders.eproc.in

    https://www.tpsl-india.in

    https://www4.jpg-online.com

    Also , Bidders need to select “Use TLS 1.1 and Use TLS 1.2” under Internet Explorer → Tools → Internet Options →

    Advanced Tab → Security.

    Bidder needs to submit Bid processing Fee charges of Rs.2495/-(Non Refundable) in favour of M/S C1 India Pvt. Ltd.

    Payable at New Delhi via Online Payment Modes such as Debit Card, Credit Card or Net Banking for participating in the

    tender.

    Bidders can contact our Helpdesk at https://esictenders.eproc.in/html/Support.asp

  • 4

    The "TENDER DOCUMENTS" comprising the following Annexures is enclosed:

    Annexure I-Checklist

    Annexure II- General Terms and Conditions

    Annexure III-Special Terms and Conditions

    Annexure IV-specifications of item

    Annexure-V- Affidavit

    Annexure VI- Price Bid

    Signature of tenderer

    Official seal of tenderer

  • 5

    ANNEXURE I

    THE FIRM IS REQUESTED TO FOLLOW THE CHECK LIST AT THE TIME OF SUBMISSION OF TENDER DOCUMENT

    WITHOUT WHICH THE OFFER IS LIABLE TO BE CANCELLED.

    CHECKLIST. [Without which the offer is liable to be cancelled) 1• Name of the firm: - [Yes /No]

    Address and Phone No:

    Fax No: -

    Email: - 2. Original tender document duly Signed and Stamped by [Yes /No]

    Authorized Signatory

    3. EMD Value: Rs. [Yes /No]

    DD No. Dated

    4. Valid Trade Licence Certificate: [Yes /No]

    Valid upto

    5. COPY OF PAN/TAN CARD: [Yes /No]

    6. ITR for last 3 years [Yes /No]

    7. GST registration certificate [Yes /No]

    8. Warranty Certificate: for two years [Yes /No]

    9. Name & Address of Service Centre : [Yes /No]

    Phone No (LL & Mobile) , Fax No , email

    10. Certificate for providing CMC for five years [Yes /No]

    along with rates for different years (in Price Bid)

    11. Mandatory certificate for spare parts availability for five years. [Yes /No]

    12. Certificate regarding provision of free calibration [Yes /No

    (if required ) for medical equipments for 05 years.

  • 6

    13. Affidavit on stamp paper of appropriate value of not being [Yes /No]

    Blacklisted/debarred by any Government Agency/ESIC as per

    Annexure V.

    (To be uploaded and hard copy to be submitted)

    14. User list along with Performance Certificate for [Yes /No]

    installation/s done

    15. Authorization letter from OEM/Authorized [Yes /No]

    Distributor/Stockist (where ever applicable) (to be uploaded and hard copy to be submitted)

    16. Catalogue/ Brochure of equipment/item [Yes /No]

    17. Details of Bank Account for ECS [Yes /No]

  • 7

    ANNEXURE-II GENERAL TERMS AND CONDITIONS FOR TENDER / BID

    1. PREPARATION OF TENDER:

    a. Either the authorized Indian agent on behalf of the Principal /OEM or Principal /OEM itself can

    bid but both cannot bid simultaneously for the same item/product in the same tender.

    b. If an agent submits bid on behalf of one Principal /OEM, the same agent shall not submit a bid

    on behalf of another Principal /OEM in the same tender for same item/product.

    c. Only the item/s of manufacturers or their authorized distributor /stockist would be considered.

    d. If the Tenderer(s) deliberately furnishes wrong information in his / their tender or creates

    fraud/misleading circumstances for the acceptance of his / their tender, ESIC reserves the right to

    reject such tender at any stage, in addition to forfeiting EMD and initiating punitive action against

    the firm.

    2. SIGNING OF TENDER:

    a. The tender is liable to be rejected if complete information is not given therein or if the particulars

    and date (if any) asked for in the tender are not duly & fully filled in. Particular attention may

    be given to the dates of delivery, places of delivery and also to the particulars referred

    the conditions of contract so as to comply with them.

    b. Individuals signing tender or other documents concerned with the tender must specify:

    i)Whether signing as a 'Sole Proprietor' of the firm or his Attorney.

    ii)Whether signing as a 'Registered Active Partner' of the firm or his Attorney.

    iii)Whether signing for the firm 'Per Procurationem”.

    In the case of companies and firms registered under the Indian Partnership Act, the capacity in which

    signing e.g. Secretary, Manager, and Partner etc. or their attorney and produce copy of documents,

    empowering him to do so, if called upon to do so.

  • 8

    3. PROCEDURE FOR SUBMISSION OF TENDER / BIDS:

    The tender should be submitted in 'TWO BID' SYSTEM: online - A) TECHNICAL BIDS:

    I. The original copy of tender and (Annexure I to VI), with blank price bid duly completed and signed on each

    page, should be uploaded online.

    II Prices / Costs of the equipment/items should not be indicated anywhere in the Technical Bid.

    This should be followed meticulously failing which the tender is liable to be cancelled.

    B) PRICE (FINANCIAL) BID

    I. PRICE (FINANCE) BID is to be submitted online only.

    II. In case the price quoted cannot be matched with the equipment/item's quoted in Technical Bid,

    the Bid shall be liable to be rejected.

    III. Tenders submitted without following the 'Two Bid' System procedure will be summarily rejected.

    IV. All prices should be quoted in Indian currency only.

  • 9

    4. LATEST HOUR FOR RECEIPT OF THE TENDER:

    Envelope containing EMD, Affidavit and Authorization letter (If Applicable) must be dropped in Tender Box kept in Admin Block of Hospital not later than the date and time notified in the Tender Notice stated in the tender document.

    Any tender received after the stipulated time will be summarily rejected.

    In the event of the stipulated date of opening of the tender being declared a holiday for Govt.

    offices, the date of opening of the tender(s) will be the next working day. Venue and time for

    opening the tender shall remain the same.

    S. THIS TENDER DOCUMENT IS NON-TRANSFERABLE

    6. PERIOD FOR WHICH THE OFFER WILL REMAIN VALID/ PERIOD OF VALIDITY:

    All tenders shall remain valid for three months (90 days) from the date of opening of the tender.

    Quotations qualified by such vague and indefinite expressions such as 'subject to immediate

    acceptance'; 'subject to prior sale' etc. will not be considered.

    Conditional Offer will be rejected summarily.

    7. OPENING OF TENDER:

    The Technical bids will be opened on the specified date and time in the presence of

    bidders/representatives who choose to attend on the date and time as mentioned.

    The price bid of successful tenderers whose technical bid is found eligible by the competent

    authority will be opened for further action.

  • 10

    A. PRICES:

    I. Prices are to be quoted both in words and figures.

    II. Prices quoted in the Price/Financial Bid must be meaningful and measurable in the context.

    III. The price quoted for the equipment should be all-inclusive of GST, Excise Duty, any other

    cess/tax as applicable in the state, freight, insurance, transit insurance, packing, forwarding

    including charges for installation, commissioning and training with all the men and material

    required for the same.

    IV. Wherever, no specific mention is made to GST/ or other duties/ charges, prices

    quoted shall be deemed to be inclusive of such taxes / charges.

    V. Custom Duty Exemption Certificate wherever necessary should be intimated to concerned

    Competent Authority in advance.

    8. BID SECURITY / EARNEST MONEY:

    The tenderer shall have to deposit an earnest money of Rs. 10000/ (Rupees ten thousand

    only) in the form of Demand Draft drawn on any Scheduled/Nationalised Bank in favour of

    ESIC Fund, Account No.1, payable at Chandigarh, failing which the tender shall be rejected.

    • In the event of the withdrawal / revocation of tenders before the date specified, the

    earnest money shall be refunded.

    • In the event of acceptance of the tender the earnest money will be adjusted, towards

    the amount of security required to be deposited by the contractor in terms of Clause

    mentioned herein.

    • The earnest money will however, be returned without accrual of any interest to the

    tenderer whose tender is not accepted after the finalisation of the tender.

    .

  • 11

    9. SECURITY DEPOSIT / PERFORMANCE SECURITY:

    On acceptance of the tender, within the period specified by the Competent Authority, the

    successful tenderer shall deposit a sum of Rs30,000/- (Rupees Thirty Thousand Only) as security

    deposit, for due compliance & fulfilment of the terms and conditions of the contract in the form of a

    Demand Draft, from any Nationalised/Scheduled bank, in favour of ESI Fund A/c No. 1, payable at

    Chandigarh.

    On due performance and successful completion of the contractual obligations in all respect

    including warranty period, the security money deposit shall be returned to the contractor without

    accrual of any interest.

    10. DELIVERY TERMS:

    Time and Date of Delivery: Equipment is to be delivered ‘FOR’ ,within 30 (Thirty) days of placement of Supply Order if indigenous and within 60 (Sixty) Days if Imported.

    The essence of contract: - The time for and the date of delivery of the stores as stipulated in the

    schedule shall be deemed to be the essence of delivery / execution must be completed not later

    than the date(s) specified. The delivery of the stores is required within a period as specified in the

    purchase order and as the place mentioned therein.

  • 12

    I. The tenderer shall deliver the equipment at the space defined to the consignee / authority in good

    condition (of which the Competent Authority, ESIC Hospital Chandigarh, shall be the sole judge) within the

    limits of the time as deemed reasonable and specify in such quantities/qualities as may be ordered

    by him from time to time.

    II. Successful tenderer, shall have to acknowledge the acceptance of the Purchase/Supply order within

    ten days from the date of issue.

    Penalty Clause- A penalty of 2% of order value will be levied per week for delayed supply upto a maximum of 10%

    of order value.

    In case this office does not receive supply of the above item, even after 5 (Five) weeks from date of

    delivery, the above stated order will stand CANCELLED and moved to L2.

    The competent authority reserves the right to forfeit the security deposit.

    III. Force Majeure will be applicable to both parties.

    11. PAYMENT TERMS:

    I) Payment of the equipment will be made only after supply, inspection, complete installation and satisfactory

    demonstration of performance of the equipment (including supply of all

    accessories)and training for the staff subject to deposition of Security Deposit.

    2) Under any circumstances, no advance payment, either part or full of any kind shall be made before

    executing supply as above.

    3) Payment shall be made through Electronic Clearing System.

    4) Normally, payment is made within six weeks after satisfactory inspection, installation,

    commissioning and training of staff for the equipment subject to submission of appropriate and

    correct bill invoice/Challans and any other documents as deemed fit.

  • 13

    12.0THER TERMS:

    12.1

    a) Responsibility for executing CMC Contract: The vendor will be liable for the execution of

    the contract in all respects in accordance with the terms and conditions as specified for CMC b) No Subletting of Contract is allowed.

    c) Recovery of sums due: Whenever any claim for the payment of a sum of money arises out of or

    under this contract against the contractor the purchaser shall be entitled to recover of such sum by

    appropriating, in part or whole the security deposited by the contractor, when the balance or the

    total sum to be recoverable, as the case may be shall be deducted from any sum then due or which

    at any time thereafter may become due to recoverable under this or any other contract with

    the purchaser.

    d) Arbitration: in the event of any dispute or difference arising out of the terms and conditions laid

    down in this tender, the same shall be referred to Arbitrator appointed by the Competent

    Authority/Medical Superintendent. The procedure of the Arbitration will be governed by the

    provisions Arbitration & Conciliation Act 1996 (as amended from time to time).

    Area of jurisdiction in case of any legal dispute shall be Chandigarh only.

    12.2

    a Right to accept / reject: Competent Authority/Medical Superintendent reserves the right to

    accept or reject any or all tender without assigning any reason whatsoever.

    b. The vendor/supplier shall not be entitled to any assistance in the securing of transport facilities.

    c Failure and Termination: If the supplier/vendor fails to deliver the equipment

    within the period prescribed for delivery in the tender , the Competent Authority/Medical Superintendent may be

    entitled at his option to forfeit the security deposit.

  • 14

  • 15

    ANNEXURE-III

    SPECIAL TERMS AND CONDITIONS

    The following special terms and conditions shall apply for supply of Electrolyte Analyser" at ESIC Hospital,

    Chandigarh.

    A.INSPECTION / INSTALLATION OF ITEMS / EQUIPMENTS:

    Supplies shall be accepted and installation shall be certified as completed subject to satisfactory and

    complete installation of the equipment supplied including supply of all accessories, and certified by the

    assigned officer, and subsequent inspection by Competent Authority/Medical Superintendent, ESIC

    Hospital , or his assigned representative. Any defect found in the equipment supplied will render the

    supplies open to rejection and decision of the Competent Authority/Medical Superintendent, ESIC

    Hospital Chandigarh, shall be final and legally binding.

    The tenderers shall have to take the same rejected store back at their own cost and risk, and shall

    replace such rejected store with the items of standard specifications / quality as acceptable to the

    Competent Authority/ Medical Superintendent.

    Rejected Equipment is to be taken back/removed within 4-6 weeks of intimation or else Security

    Deposit shall be forfeited.

    B. WARRANTY / GUARANTEE:

    The following information is to be provided exclusively along with the Technical Bid.

    • the equipment shall carry warranty / guarantee of 02(Two)years against defects of

    manufacturer/workmanship and poor quality of components from the date of installation.

    • Accordingly, the tenderers shall indicate clearly and exhaustively the mandatory warranty / guarantee

    offered by them / by the manufacturing / supplying firms, its duration, as well as the various Terms &

    Conditions involved therein, along with Technical Bid papers.

    • The tenderer must be able to provide CMC for the equipments quoted for a period of five years. A

    declaration to such effect must be accompanied with the offer, in the technical bid.

  • 16

    Uptime Guarantee:

    During warranty/Guarantee, CMC the firm shall maintain the equipment in good working

    condition.

    Upon receipt of complaint of breakdown, the supplier shall, within 24 hours on a 24(hrs.) X 7 (days) X

    365 (days) basis respond to take action to repair or replace the defective goods or parts thereof, as per

    terms and conditions of CMC, at the site.

    The supplier shall take over the replaced parts/goods after providing their replacements and no claim,

    whatsoever shall lie on the purchaser for such replaced parts/goods thereafter. If the supplier, having

    been notified, fails to respond to take action to repair or replace the defect(s) within 24 hours on a

    24 (hrs.) X 7 (days) X 365 (days) basis, the purchaser may proceed to take such remedial action(s) as

    deemed fit by the purchaser, at the risk and expense of the supplier and without prejudice.

    Stiff Penalty equivalent to 01% of cost of equipment/week shall be levied for every week of delay at the

    discretion of Competent Authority/Medical Superintendent till the rectified equipment is handed over and

    the same shall be deducted from the Security Deposit.

    The firm shall maintain an uptime guarantee of 96-98%for the said equipment.

    In the event of any rectification of a defect or replacement of any defective goods during the warranty

    period, the warranty for the rectified/replaced goods shall be extended for a further period of 2

    years from the date such rectified / replaced goods starts functioning to the satisfaction of the

    purchaser.

    A certificate about satisfactory performance of the equipment duly authenticated by other existing

    users of the equipment has to be supplied.

    C.SOFT WARE UPGRADATION:

    Free up-gradation of software versions (all update & upgrades) at least for 5 years is to be provided

    wherever applicable.

    D.SAMPLES / DEMONSTRATION

    The firms should be prepared to demonstrate their equipment or arrange for demonstration of equipment within

    15 days from the date of opening of tender for inspection, etc., or at a later date as decided by the

    competent authority.

    The tenderer / firm / company shall arrange for demonstration of equipment at his own cost and risk.

  • 17

    The date for demonstration shall be fixed with mutual consent on e-mail, writing and by fax.

    Onsite (in the hospital premises) Physical demonstration of the quoted model is preferable. However in

    specific cases as specified in the tender by MS/Competent Authority demonstration is allowed only

    within the city limit.

    The firm will get only one chance for demonstration.

    Tenderer who fails to demonstrate the quoted equipment shall be liable for rejection.

    E. DETAILS OF ITEMS QUOTED:

    It is mandatory to indicate the full name, make / brand, model number, and details specification of the

    equipments quoted by them, (in addition, a brochure of product information may be attached along

    with). Tenderers also have to indicate clearly the Name, Address and all Contact numbers of the

    MANUFACTURING FIRM and the firm responsible for providing CMC, of the equipment quoted by them.

    Tenderer shall also quote the cost, for Reagents/Consumables as part of the Price Bid for specified

    number of tests.

    The consumable cost quoted by the bidder shall be inclusive of all applicable taxes and will remain valid for the

    period of Warranty and CMC ie Seven (07) years from date of installation.

    Declaration to be given by the Tenderer that "Rates quoted for equipment/reagent/consumables are not more

    than that quoted in any other Government Department/Institutions."

    'Cost of the reagents/ consumables shall be taken into account for identifying the L1 Bidder.

    For the equipment where reagents, cartridge, consumables etc. are required, the price bid must include:

    Rate list indicating the cost of pack size prevalent on date of tendering and life of consumables.

    If any accessories are required with the equipment, they must be quoted along with the equipment

    itself.

    L1 will be determined taking into account cost of equipment, CMC/AMC and

    reagents/consumable charges wherever applicable.

    F. Copies of last three Purchase orders/Supply Orders in Government institutions must be provided.

  • 18

    ANNEXURE IV

    Specifications of Electrolyte Analyzer

    1. Analyzer should be able to measure sodium, potassium in serum and body fluids.

    2. Should have a measuring method of ion selective electrode (ISE).

    3. Analyzer must be compact and all reagants should be in single pack.

    4. Calibration should be automatic and user controlled.

    5 .It should be able to measure all parameters with one single aspiration(Sample volume should not be more than 100 micro liter)

    6. The reagent for cleaning and daily maintenance should be same.

    7. The machine should have an inbuilt printer and upgradable facility for attaching to auto sampler and interfacing free of cost.

    8. It should have alpha numeric display.

    9. Software upgradation should be free of cost.

    10. Should have storage memory of approx 100-150 samples.

    11.Throughput of minimum 50 samples/hour.

    12.Should be supplied with appropriate UPS with at least 60 min back up.(Range 60-90 mins)

    13.Service Engineer should be locally based and available within 24 hrs.

    14.Should have two year warranty followed by 5 years CMC,from the time of installation (2+5)

    15.Should be approved from a Standard National/International certifying agency.

    16.List of consumables and spares.

    17.Buyback option should be there.

  • 19

    ANNEXURE – V

    AFFIDAVIT

    I, …………………………………….……………………………. Son / Daughter of Shri

    …………………………………………... .............................................Proprietor / Partner / Director / Authorised Signatory of ...………………….... .......................................am competent to sign this declaration and execute this tender document.

    I have carefully read and understood all the terms and conditions of the tender and hereby convey my acceptance of the same.

    1. I/We undertake to provide uninterrupted services or alternative arrangement will be made at the risk and cost of our firm.

    2. The information / documents furnished along with the above application are true and authentic to the best of my knowledge and belief. I / we, am / are well aware of the fact that furnishing of any false information / fabricated document would lead to rejection of my tender at any stage besides liabilities towards prosecution under appropriate law.

    3. I/We/Our firm has never been blacklisted/debarred by any organisation/ESIC and no legal case is pending against us in any court.

    4. I/We/Our firm has not quoted the equipment/reagent/ consumables to any other Govt Institute at a rate lower than those quoted in this tender

    5. We further declare that we possess valid license bearing No……valid upto..........

    . Signature of Authorized Person

    Full Name –

    Seal

    Date:

    Place:

  • 20

    ANNEXURE VI

    PRICE SCHEDULE

    A. PRICE SCHEDULE FOR DOMESTIC GOODS

    1 2 3 5

    S no. Brief description of goods

    Country of origin

    Unit price at consignee site (including GST, excise duty, freight, insurance, transit, transportation, loading/unloading, incidental insurance, packing, forwarding charges till installation, commissioning and training with all the men and material required, any other cess/tax as applicable in the state

    1. Price in words -

    Price should be mentioned in whole numbers only and not in decimals.

    Name

    Business address

    Place Signature of tenderer

    Date: Seal of the tenderer

  • 21

    B. BREAKUP OF COST OF REAGENTS

    S.no Reagent Pack size Unit Cost of Pack

    (In Rupees, inclusive of all taxes)

    Cost per test

    (In Rupees, inclusive of all taxes)

    1 ELECTROLYTE PACK

    2 RINSE SOLUTION

    TOTAL

    Price should be mentioned in whole numbers only and not in decimals.

    L1shall be evaluated taking in to account equipment cost, cost of reagents and CMC cost

    Name

    Business address

    Place Signature of tenderer

    Date: Seal of the tenderer

  • 22

    C. PRICE SCHEDULE FOR COMPREHENSIVE MAINTENANCE CONTRACT (CMC) AFTER

    WARRANTY PERIOD OF TWO YEARS.

    1 2 3 4 5

    Item

    S no.

    Brief description of good

    quantity CMC cost for each unit year wise

    Total CMC cost for 5 years

    1st 2nd 3rd 4th 5th

    a b c d e

    Price should be mentioned in whole numbers only and not in decimals.

    Note:

    1. Cost of CMC will be added for ranking/evaluation purpose.

    2. The uptime warranty will be 96-98% on 24 (hrs) X (days) X 365 (days) basis.

    3. All software updates should be provided free of cost during CMC period.

    4. The supplier shall keep – sufficient stock of spares required during CMC period. In case the spares are required to be imported, it would be the responsibility of the supplier to import and get them custom cleared and pay all necessary duties.

    5. CMC must include all spares and consumables including electrodes, valve, tubing, printer paper rolls etc.

    L1shall be evaluated taking in to account equipment cost, cost

    of reagents and CMC cost ( L1 = A+B+C)

    Name

    Business address

    Place Signature of tenderer

    Date: Seal of the tenderer